Loading...
HomeMy Public PortalAbout22-9982 Emergency Fee Proposal of M.C. Harry and AssocSponsored by: City Manager RESOLUTION NO. 22-9982 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ACCEPT THE EMERGENCY FEE PROPOSAL OF M.C. HARRY AND ASSOCIATES, INC. FOR REHABILITATION OF HISTORIC CITY HALL AND ENTER INTO THE AGREEMENT, ATTACHED HERETO AS EXHIBIT "A", IN AN AMOUNT OF ONE HUNDRED TWENTY THREE THOUSAND, SEVEN HUNDRED AND FIFTY DOLLARS, ($123,750.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on January 27, 2021, pursuant to Resolution #21-9836, the City Commission of the City of Opa-Locka ("City Commission") voted to accept the City Manager's recommendation to complete the Historic City Hall Rehabilitation Project on an emergency basis and bypass the procurement code; and WHEREAS, the City Commission further accepted the fee proposal of M.C. Harry and Associates, Inc. ("Contractor"), the prime Architect and Engineer of record for the Historic City Hall Rehabilitation Project to conduct a condition assessment and authorized the City Manager to enter into an agreement on same; and WHEREAS, the Contractor completed Phase 1 Consulting Services by providing to the City of Opa-Locka ("City") the Assessment Report of the conditions of the Historic Opa-Locka City Hall and is now prepared to produce new construction documents in order for the City to put the project out for bid and complete construction; and WHEREAS, the City Manager currently recommends that the Contractor provide architectural and engineering drawings/services which will assess: 1) what was completed in the original construction project; 2) what needs to be replaced due to deterioration and 3) what was not completed in the project first phase. The Contractor would also generate a report on how to proceed with the new construction and provide the documentation to put out to bid to complete the project as originally intended by the City; and WHEREAS, the Contractor would be responsible for creating and providing architectural drawings for the rehabilitation of Historic City Hall, documenting the completed existing scope from the original project, documenting the scope that needs to Resolution No. 22-9982 be replaced (including broken windows, roofing, mechanical, electrical and structural items), documenting the scope that is needed to complete the project to meet the City's requests, including updating the landscape and courtyard areas, permitting, bidding and negotiations as well as construction administration; and WHEREAS, the City Commission desires to accept the fee proposal of M.C. Harry and Associates, Inc., attached hereto as Exhibit "A", to; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with M.C. Harry and Associates, Inc., as attached in Exhibit "B", to provide architectural and engineering services, as described herein, in order to complete the rehabilitation of the Historic Opa-Locka City Hall, in an amount not to exceed One Hundred Thirty -Six Thousand, One Hundred Twenty -Five Dollars ($136,125.00) with a contingency amount not to exceed ten (10) percent. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to accept the fee proposal form M.C. Harry and Associates, Inc., to provide architectural and engineering services, as described in the proposal of April 27, 2022 ("Exhibit A"), in order to complete the rehabilitation of the Historic Opa-Locka City Hall and enter into an agreement for same, as attached in Exhibit "B", in an amount not to exceed One Hundred Twenty Three Thousand Seven Hundred and Fifty Dollars with a ten (10) percent contingency fee not to exceed Thirty -Six Thousand, One Hundred Twenty -Five Dollars ($136,125.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, after review by the City Attorney, and without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. 2 Resolution No. 22-9982 PASSED AND ADOPTED this 25th day of May, 2022. V-' onica Willia s, Mayor ATTEST: Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: B ette Ne. ris-Weeks, P.A. City Attorne Moved by: Vice Mayor Taylor Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Dominguez YES Commissioner Bass YES Commissioner Davis YES Commissioner Taylor YES Mayor Williams YES 3 City of Opa-locka Agenda Cover Memo Department Manager: Adelina Gross Department Manager Signature: City Manager: Darvin Williams CM Signature: " Commission Meeting Date: 05/25/2022 Item Type: (EnterXin box) Resolution Ordinance Other R Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) 1st Reading 2.4 Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Account#: (Enter Fund & Dept,) Ex: Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) YQs No Strategic Plan Priority Area: Enhance Organizational 0 Bus. & Economic Dev 0 Public Safety O Quality of Education 0 Qual. of Life & City Image iMi Communication O Strategic Plan Obj./Strategy: (list the specific obJective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Short Title: PROJECT No. 2022-01-014 ARCHITECTURAL AND ENGINEERING SERVICES FOR THE REHABILITATION OF THE HISTORIC OPA-LOCKA CITY HALL Staff Summary: Staff recommends the City Commission authorize the City Manager to enter into an agreement with MC Harry and Associates, Inc. to provide professional architectural and engineering services to continue the rehabilitation of the Historic City Hall, The services provided by MC Harry and Associates, Inc. will include the following: - Create and provide architectural drawings for the rehabilitation of Historic City Hall • Documenting the completed existing scope from original project Documenting the scope that needs to be replaced (including broken windows, roofing, mechanical, electrical and structural items) Documenting the scope that is needed to complete the project to meet the City's requests, including updating the landscape and courtyard areas Permitting Bidding & Negotiations - Construction Administration. This proposal is to provide architectural and engineering drawings/services which will assess what was completed in the original construction project, what needs to be replaced due to deterioration and what was not completed in the project first phase. A report on how to proceed with the new construction and provide the documentation to put out to bid to complete the project as originally intended by the City. It is anticipated this phase should take two to three months once approved. Financial Impact Account Description Available Project Remaining Balance 44-541823 Rehabilitation of Historic City Hall $600,000 $136,125 $463,875 The proposal is for $123,750. It is also recommended that an additional ten percent (10%) contingency be added to cover unforeseen additional requirements. Consequently, a total expenditure of $136,125 is recommended. Proposed Action: Staff recommends the City Commission authorize the City Manager to sign an agreement with MC Harry and Associates, Inc. for $123,750 for the next phase of preparing the necessary documentation in preparation for the rehabilitation of the Historic City Hall and further authorize the establishment of a contingency of $12,375 to address unforeseen requirements which may arise. Attachment: 1. Agenda 2. Proposal from MC Harry and Associates, Inc. 3. Contract Agreement between MC Harry and Associates, Inc. and the City 4. Resolution 21-9836 5. Agreement with Mc Harry and Associates for the new scope April 27, 2022 Aira Austin City of Opa-locka 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 Re: Dear Aira MCHarry Associates, Inc. 2780 SW Douglas Road, #302 Miami, Florida 33133 305-445-3765 Rehabilitation of Historic Opa-locka City Hall - Project Completion Here is our fee proposal to provide architectural and engineering services to complete the rehabilitation project of the Historic Opa-locka City Hall. Original project began several years ago and was unfortunately halted in 2016 and been vacant ever since. MCHarry and its consultants provided to the city an assessment report on November 2021 of the condition of the building and what items have been completed from the original construction project, what items need to be replaced and what items were never completed. This report will inform how to best proceed to produce new construction documents for the city to put out to bid and complete the project as originally intended by the city many years ago. Our services presented below will include the following and based on our Assessment Report Dated Nov. 2021. - Documenting the completed existing scope from original project - Documenting the scope that needs to be replaced (including broken windows, roofing, mechanical, electrical and structural items) - Documenting the scope that is needed to complete the project to meet the city's requests, including updating the landscape and courtyard areas. - Permitting - new set of documents (we are not responsible to close out open permits from past project) - Bidding & Negotiations - Construction Administration Our subconsultants will be: Bliss & Nytray, Inc - Structural Engineering SDM Consulting Engineers - Mech, Elec, Plumbing, Fire Protection The fee does not include services for civil engineering services or 3D graphics, imagery or renderings or presentations to county of city's historic boards. If those services are needed, MCHA will submit an additional services request to provide them. Al lowances: We recommend that this contract include an allowance of $15,000 to be used at the discretion and authorization of the city for supplemental services that may arise during the project. We recommend that this contract provide for an initial allowance of $7,500 for the cost of direct expenses required in connection with the Work, Said Reimbursable Expenses shall be billed at the actual 'COST' incurred with receipts presented plus a markup of 10%. Expenses will include permitting fees, printing for items submitted to the city or permitting agencies. Rehabilitation Opa-locka Historic City Hall Fee Proposal April 27, 2022 Approx. Time Frame (in weeks) Task Architectural Total hours & fee 672 Hrs $65, 850 Fee Structural Engineering 105 Hrs $10,100 Fee MEP Engineering 252 Hrs $25,300 Fee Sub -Total Hrs 1,029 Sub -Total Fee $$ $ 101,250 /6 9 9 36 Contract Docs Permitting Bidding Construction Admin 336 79 64 193 $32,850 $6,700 $6,550 $19,750 51 10 10 34 $5,100 $950 $1,050 $3,000 122 24 20 86 $12,650 $2,450 $2,600 $7,600 509 113 94 313 $ 50,600 $ 10,300 $ 10,000 $ 30,350 Total Basic Service Fee = $ 101,250 Supplementary Services Reimbursable Expenses $ 15,000 $ 7,500 Grand Total LUMP SUM Fee $ 123,750 Submitted by: _ Accepted by: Lourdes Solera, FAIR, Principals Aira Austin, City of Opa-locka Rehabilitation Opa-locka Historic City Hall Fee Proposal April 27, 2022 Sponsored by: City Manager RESOLUTION NO. 21-9836 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, RESCINDING RESOLUTION 20- 9809; AUTHORIZING THE CITY MANAGER TO ACCEPT THE EMERGENCY FEE PROPOSAL OF M.C. HARRY AND ASSOCIATES, INC. TO CONDUCT A CONDITION ASSESSMENT OF HISTORIC CITY HALL AND ENTER INTO AN AGREEMENT FOR SAME, IN AN AMOUNT NOT TO EXCEED FORTY-THREE THOUSAND, THREE HUNDRED FIFTY DOLLARS ($43,350.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka Community Redevelopment Agency ("OCRA") and the City Commission of the City of Opa-Locka ("City Commisssion") have determined that Historic City Hall ("Facility") is an important example of Moorish architecture as evidenced by its inclusion on the Historic Registry; and WHEREAS, such architecture was sought to be preserved, protected and restored through a Historic City Hall Rehabilitation Project (Project"); and WHEREAS, during the Rehabilitation Phase II of the Project, the building was reroofed and structural upgrades along with windows, mechanical and electrical work were completed; and WHEREAS, the facility has been unoccupied and abandoned since 2016, however, the majority of the scope of work for Phase II was completed, the top of the tower was never installed; and WHEREAS, as a result, the facility was exposed to bad weather up until such time as a temporary closure could be installed but damage resulted in the finished work of the material already installed; and WHEREAS, the City Commission desires accept the City Manager's recommendation to complete the Historic City Hall Rehabilitation Project on an emergency basis and bypass the procurement code; and WHEREAS, Staff recommends that a condition assessment report be conducted to determine how much of the work was completed, how much of the completed work can remain and how much of the unfinished work needs to be completed; and Resolution No. 21-9836 WHEREAS, the City Commission further desires to accept the fee proposal of M.C. Harry and Associates, Inc., the prime Architect and Engineer of record for the Historic City Hall Rehabilitation Project, attached hereto as Exhibit "A", to conduct the condition assessment and rescind the previous Resolution 20-9809, which approves the Project but does not note the emergency nature of the project and legislation; and WHEREAS, the Architect and Engineer's recommendations will provide a more accurate cost estimate to finish this project; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with M.C. Harry and Associates, Inc., as attached in Exhibit "B", to conduct a condition assessment of Historic City Hall, in an amount not to exceed Forty -Three Thousand, Three Hundred Fifty Dollars ($43,350.00). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby rescinds Resolution #20-9809 and further authorizes the City Manager to accept the fee proposal of M.C. Harry and Associates, Inc. to conduct an condition assessment of Historic City Hall and enter into an agreement on an emergency basis for same, as attached in Exhibit "B", in an amount not to exceed Forty -Three Thousand, Three Hundred Fifty Dollars ($43,350.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 27th day of January, 2021. Resolution No. 21-9836 Matthew A. Pigatt, Mayor ATTEST: nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norri '- eeks, A. City Attorney Moved by: COMMISSIONER BURKE Seconded by: VICE MAYOR WILLIAMS VOTE: 5-0 Commissioner Burke YES Commissioner Davis YES Commissioner Taylor YES Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: j -,Gy��� City Manager: John E. Pate CM Signature: ( 1±;/ Other /l,J. Commission Meeting Date: 01-27-2021 Item Type: (EnterXin box) Resolution • din . nce X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) 18t Reading 2nd Reading x $43,350.00 Public Hearing: (EnterXin box) Yes No Yes No X Funding Source: Account#: (Enter Fund & Dept) Ex: 320-44-541823 Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X la • Image • IN Qnnnanr• Name (vih, Manager ynr.n•Mm.n`. City M2nnonr Short Title: Condition Assessment, Report, and Recommendation to Finish the Historic City Hall Rehabilitation Project. Staff Summary: A Resolution of the City Commission of the City of Opa-locka, Florida, rescinding resolution 20-9809; and authorising the City Manager to accept the emergency fee proposal to conduct a condition assessment by MCHarry Associates, which is the prime Architect and Engineer on record for this project. During the Rehabilitation Phase 11, the building was reroofed and structural upgrades along with windows, mechanical and electrical work has been completed. The facility has been unoccupied and abandoned since 2016; and although the majority of the scope for Phase II was completed, the top of the tower was never installed. The facility was exposed to bad weather until a temporary closure could be installed, but damage occurred to the finished work and the material already installed. This assessment report will determine how much of the work was completed, how much of the completed work can remain or be replaced, and how much of the unfinished work need to be completed. The Architect and Engineer's recommendation will provide a more accurate cost estimate to finish this project. Financial Impact (FY 20 Budget) Account Description Available Project Remaining Balance 44-541823 Historic City Hall $100,000 $43,350 $56,650 Project costs include $35,850 for MCHarry Associates, $7,150 mold and roof testing and $350 for other reimbursable expense which may arise. Proposed Action: Staff recommends approval of this resolution. Attachment: 1. Agenda 2. Proposal from MCHarry Associates 3. Contract Agreement between the City and MC Harry & Associates 4. Resolution 20-9809 CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND M.C. HARRY AND ASSOCIATES, INC. FOR CONDITION ASSESSMENT, REPORT & RECOMMENDATION TO THE HISTORIC CITY HALL BUILDING Page 1 of 17 AGREEMENT THIS IS AN AGREEMENT dated the Day of 2021, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY and M.C. HARRY AND ASSOCIATES, INC. A licensed Company, authorized to do business in the State of Florida, hereinafter "CONSULTANT". WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On September 30, 2020, the CITY authorized the proper CITY officials to enter into an agreement with CONSULTANT to render the services more particularly described herein below. Page 2 of 17 ARTICLE 2 SCOPE OF WORK 2.1 The CONSULTANT shall furnish all of the materials, equipment, tools, supplies, and labor necessary to perform all of the work described in accordance with Fee Proposal dated September 11, 2020 and on an emergency basis. A copy of the Proposals are attached hereto and specifically made a part of this Agreement as Composite "Exhibit A" and the City's resolution approving this project (Attached hereto as Exhibit "B"). 2.2 CONSULTANT hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONSULTANT, that CONSULTANT has the professional expertise, experience and manpower to perform the services to be provided by CONSULTANT pursuant to the terms of this Agreement. 2.3 CONSULTANT assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within One (1) year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONSULTANT, CONSULTANT agrees to re -perform such deficient services without charge to the CITY. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONSULTANT shall commence work to be performed under this Agreement upon full execution of Contract. CONSULTANT shall complete all work in a timely manner substantially within Ninety days (90) after full execution of this Agreement, and final completion will be thirty days (30) after substantial completion date. Should there be any delay in issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONSULTANT. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONSULTANT shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONSULTANT for which liquidated damages are due. 3.3 CONSULTANT'S failure to perform the work specified in Exhibit "A" shall result in CONSULTANT being required to pay liquidated damages in the Amount of One Thousand Dollars and Zero Cents ($1,000.00) per day for each day after the completion date set forth in Section 3.1 above. Page 3 of 17 ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONSULTANT for the faithful performance of this Agreement, $43,350.00 for work to be completed in accordance with the "Proposal" submitted by CONSULTANT. Itemized prices for work completed by the CONSULTANT shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "A", with no change in the price shown. A total contract price hereto is referred to as Contract Sum and shall be Forty Three Thousand Three Hundred Fifty Dollars. 4.2 Notwithstanding any other provision of this contract, the CONSULTANT shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) year after final completion certificate and retainage payment, and shall correct within fourteen business days (14) any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONSULTANT except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the CONSULTANT to the Owner in the Standard American Institute of Architects' Forms (AIA) G701, G702, if applicable, and G703, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the CONSULTANT as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Govemment Prompt Payment Act. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the CONSULTANT in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the CONSULTANT'S Applications for Payment. Page 4of17 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the CONSULTANT to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and material suitably stored at the site for subsequent incorporation in the completed construction or, if approved in advance by the Owner, material suitably stored off the site at a location agreed upon in writing, less retainage of ten percent (10%). 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 Each Application for Payment submitted by the CONSULTANT to the Owner shall include Partial Release of lien from his company and each SUBCONSULTANT for labor, equipment, services or materials described in the Application for Payment. 5.4 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and 5.5 Reduction or limitation of retainage, if any, shall be as follows: None Page 5 of 17 ARTICLE 6 FINAL PAYMENT 6.1 Final Payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the CONSULTANT when: (a) The Contract has been fully performed by the CONSULTANT upon the CONSULTANT'S fulfilled responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment, and (b) The CONSULTANT has furnished the City with Final Release of Lien from his own company and from each SUBCONSULTANT for labor, equipment, services or materials described in the Final Application for Payment, and (c) A fmal Project Certificate for Payment has been issued by the City upon the Architect/Engineer of records final completion Certificate, and (d) The CONSULTANT has met all provisions of the reporting requirements of grants if the project is funded by grant money; such fmal payment shall be made by the Owner not more than 20 days after the issuance of the fmal Project Certificate for Payment. ARTICLE 7 CONSULTANT'S LIABILITY INSURANCE 7.1 The CONSULTANT shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONSULTANT allow any SUBCONSULTANT, if applicable, to commence work on a sub -contract until all similar such insurance required of the SUBCONSULTANT has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CTTY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as set forth in the Architect/Engineer of Records' Final Completion Certificate and the Certificate of Occupancy (C.O.) as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONSULTANT shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONSULTANT shall not continue to work pursuant Page 6 of 17 to this contract unless all required insurance remains in full force and effect. 7.5 CONSULTANT'S Insurance Coverage shall include General Liability, Automobile Liability, Professional Liability and Worker's Compensation and Employer's Liability: (a) Workers' Compensation Insurance — as required by law; (b) Employer's Liability Insurance - as required by law; (c) Automobile Liability Insurance — the minimum limit of coverage shall be $1,000,000 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability (d) Personal Injury in the minimum amounts of $1,000,000 for combined Bodily Injury and Property Damage. (e) Professional Liability Insurance: minimum coverage shall be $1,000,000.00 with deductible or self -insured retention (SIR) indicated. 7.6 The CONSULTANT shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures, following discussion and confirmation of the same with the CONSULTANT. ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this Contract, the CONSULTANT shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CONSULTANT'S INDEMNIFICATION 9.1 The CONSULTANT agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by CONSULTANT. The CONSULTANT further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CONSULTANT agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the Page 7 of 17 CONSULTANT'S negligent acts, errors, or omissions. 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT CONSULTANT 10.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent CONSULTANT under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT'S activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 11 CONTRACT BOND 11.1 0 ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONSULTANT may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: Page 8 of 17 DATE PROJECT NAME PROJECT COST CHANGES DESCRIPTION ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE ARCHITECT/ENGINEER OF RECORD'S APPROVAL 12.2 In no event will the CONSULTANT be compensated for, nor will the City request for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONSULTANT in which event the CONSULTANT shall be paid its compensation for services performed to termination date. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT shall become the property of CITY and shall be delivered by CONSULTANT to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONSULTANT and CITY hereby agree that the following Contract Documents, made a part of this Agreement, as if written herein word for word: This Agreement; Proposals as set forth in Exhibit "A" and City's Resolution in Exhibit "B". ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be Page 9 of 17 interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONSULTANT shall keep the as -built drawings, the shop -drawings, books and records and require any and all SUBCONSULTANTS to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys, plans, calculations, shop -drawings studies and other data provided in connection with this Agreement are and shall remain the property of City. 15.5 No Contingent Fees: CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with retum receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONSULTANT and the CITY designate Page 10 of 17 the following as the respective places for giving of notice: CITY: COPY TO: COPY TO: John E. Pate, City Manager 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7th Avenue Fort Lauderdale, FL 33311 Airia Austin, CIP Director 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 CONSULTANT: Craig Aquart, President 2780 SW Douglas Road, Suit 302 Miami, FL 33133 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. Page 11 of 17 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami - Dade County, Florida. 15.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 15.13 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. Page 12 of 17 15.16 Equal Opportunity Employment: CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. 15.17 E -Verify In accordance with Florida Statutes §448.095, the Contractor, prior to commencement of services or payment by the City, will provide to the City proof of participation/enrollment in the E -Verify system of the Department of Homeland Security. Evidence of participation/enrollment will be a printout of the Company's "Company Profile" page from the E -verify system. Failure to be continually enrolled and participating in the E -Verify program will be a breach of contract which will be grounds for immediate termination of the contract by the City. The Contractor will not hire any employee who has not been vetted through E -Verify. The Contractor may not subcontract any work for the City to any subcontractor that has not provided an affidavit stating that the subcontractor does not employ, contract with or subcontract with an unauthorized alien. ARTICLE 16 NOTICE TO PROCEED The CONTRACTOR shall commence work within five (5) working days from the date of the Notice to Proceed (NTP) following the issuance of approved permit by jurisdictional authorities, whichever comes earlier. No work shall begin without NTP. Residents must be given at least 48 hour -notice to commence construction at the site. Page 13 of 17 n IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC John E. Pate City Clerk City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, P.A., City Attorney M.C. HARRY AND ASSOCIATES, INC. A 1"11,ST: Craig Aquart, President (Signature) WITNESSES: Lourdes Solera, Secretary (Signature) (Name) (Signature) Page 14 of 17 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of , 2021. NOTARY PUBLIC My Commission Expires: Page 15 of 17 See attached document for Exhibit "A" PROPOSAL: M.C. HARRY AND ASSOCIATES, INC. Proposal Dated September 11, 2020 Page 16 of 17 CHARRYASSOC ATES CONSULTANT WORK ORDER PROPOSAL September 11, 2020 City of Opa Locka 780 FISHERMAN STREET, 4TH FLOOR OPA-LOCKA, FL 33054 Att: Aira Austin Re: Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal —Unfinished Project - Conditions Assessment / Report and Recommendations Dear Aira: Here is our fee proposal for assessing how the current Historic Opa-locks City Building halted construction project can be completed by a new general contractor. Grace & Naeem Uddin, Inc were the original contractors for Phase 2A and Phase 2B of the rehabilitation project for the Historic City Hall. Unfortunately, they were unable to complete the project due to a variety of reasons. The building is currently unoccupied and although re -roofing and structural upgrades along with windows and some mechanical and electrical work has been completed, the building did not get the top of the tower installed. This means that the building is not weather -proofed and water has been getting into the building since 2016. At our site visit to re -acquaint ourselves with the project, we also noted that the new roofing is not performing as should be expected. Due to the length of time that building has been exposed to the elements, we will need to review everything that was installed for all disciplines (architecture, structural, mechanical, electrical and plumbing) to assess how much of the Construction project was a) completed and b) can remain versus replaced or completed. Because of the unknowns, this initial fee is to assess what is there and what we recommend prior to revising any of our drawings. We recommend that testing for any water intrusion damage (mold and mildew) he performed along with roof core testing as well and potential termite infestation. Building has not be weather tight in 4 years. Once we provide a recommendation report and after acceptance by the city, we will to provide a fee proposal to revise our construction documents, re -permit the project (city and county), re -bid and construction administration along with a construction cost estimate, SCOPE OF WORK The Phase 1 work shall be organized in two (2) tasks, Task 1 Conditions Assessment Task 2 Report & Recommendations Task 1 — Conditions Assessment Site Work MC Harry will conduct a conditions assessment survey of the property. We will inspect & identify damaged areas as well as document existing conditions. Recognition and determination of deteriorated portions of the building that may need to be protected. Recommend measures including structural reinforcement, weatherization, or correction of unsafe conditions. We will provide all services necessary to; 1. Provide an on -site team of architects and engineers to investigate, and obtain detailed information regarding the existing conditions of the building and property including: a. Existing Site Features AACu0098b ARCHITECTURE. PLANNING. INTERIORS _780 S VV. DOUGLAS ROAD SUITE 302, MIAMI. FLORIDA 33'133. VOICE 305.445.3765 FAX 305.446 98 September 11, 2020 Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal — Unfinished Project- Conditions Assessment / Report and Recommendations Page 2 b. Exterior Building walls: Conduct assessment of historic (new work and unfinished work) features to include: Foundations, Exterior Walls and Wood elements, Stucco, (Faux Brick/ Stone), Porches, Railings c. Roofing areas and associated RWL drainage systems - what is the current condition and is it viable to remain or must it be redone. d. Exterior Windows - installation and attachment e. Exterior Doors - installation and attachment f. Exterior features (Minarets, domes, porches, decorative features g. Interior Finishes: Conduct in depth and detailed assessment of historic features to including inspection of Moisture, Fungal and insect infestation. h. Structural Condition of completed work and what may still need to be completed i. Structural conditions of the Tower and special features and steel elements. j. Elevator k. Mechanical and Plumbing Systems I. Electrical Systems. m. Review any construction items on site not installed that belong to the city and may be reused or not. 2. We will arrange for, and retain consultant to provide a new Environmental Assessment for presence of Mold and Air quality and termite. This task will be completed and paid for as a reimbursable expense. See Reimbursable Expense Allowance Below. 3. We will arrange for the specialized services of roofing tests. These direct costs will be presented and invoiced to the City as a reimbursable expense. See Reimbursable Expense Allowance Below. Fee/Compensation: $14, 120 Task 2 — Report & Recommendations Once the conditions assessment is completed, MCHany will evaluate all of the data and information obtained, and will prepare a formal Report and Recommendations document. MCHarry will: 1. Provide recommendations of what can remain and what needs to be removed. Provide building code analysis and implications on the completion of project. Original drawings were designed to meet Florida Building Code 2010. On January 1, 2021, a new building code will take effect. Changes in the code will need to be reviewed against original construction drawings scope. 2. Prepare preliminary cost estimates of the completion of the restoration of historic City Hall; 3. Meet with the City to review and discuss the intended recommendations; and cost estimate implications. Deliverables for this Task Formal Report and Recommendations with preliminary cost estimate. Fee/Compensation: $21,730 SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. These are the same sub - consultants for the permitted drawings. . Sub -Consultant Name Specialty or Expertise Bliss & Nyitray, Inc. Structural Engineering September 11, 2020 Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal — Unfinished Project- Conditions Assessment / Report and Recommendations Page 3 SDM Consulting Engineers MEP Engineering I. SCHEDULE OF WORK — TIME OF PERFORMANCE SCHEDULE Task Major Task, Sub -Task, Activity, or Deliverable Duration Delivery Date* (calendar days) 0 Mobilization 15 days NTP + 15 1 Conditions Assessment Site Work 15 days NTP + 30 2 Issue Report & Recommendations 30 days NTP + 60 * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. II. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Compensation Not to Exceed $43,000. Said compensation includes fees for professional services; direct costs associated with; specialized material testing as outlined above. PROFESSIONAL SERVICES SCHEDULE OF FEES / COMPENSATION. Compensation shall be invoiced to the City monthly in proportion to the tasks completed, such that the following costs per task shall not be exceeded: Task 1 CONDITIONS ASSESSMENT $ 14,120 Task 2 REPORT AND RECOMMENDATIONS $ 21,730 Total Lump Sum Fee for Professional Services: $ 35,850 REIMBURSABLE EXPENSE Reimbursable Expense Allowance (Not to Exceed): $ 7,500 Allowance for Reimbursable Expenses: We recommend that this contract provide for an initial allowance of $7,500 for the cost of direct expenses required in connection with the Work, Said Reimbursable Expenses shall be billed at the actual 'COST' incurred with receipts presented plus a markup of 10%. 1. Environment testing Consultant 2. Direct Cost for obtaining roof cores to determine condition of roofing system. 3. Printing of documents provided to the City 4. Regulatory fees, if any 5. Expenses paid on behalf of the City related to this project. Submitted by: Accepted by: Lourdes Solera, FAIR; Pr ci a! Aira Austin, City of Opa-lock CITY OF OPA- LOCKA CITY HISTORIC CITY HALL FEE PROPOSAL - ASSESSMENT & RECOMMENDATIONS - UNFINISHED PROJECT 9/1.1/2020 MCHarry Associates, Inc. 2780 SW Douglas Road Miami, Florida 33133 -aas-teas TASK DESCRIPTION LABOR FEE REIMS. COSTS NOTES / REMARKS 1 CONDITIONS ASSESSMENT Site Inspections, identification of damaged areas, documentation of existing conditions and restoration needed. Staff and equipment to site to investigate & assess existing conditions; included limited removal for testing & investigations TOTAL HOURS PER PHASE 138 TOTAL FEE PER PHASE $ 14,120 2 REPORT AND RECOMMENDATIONS Code Analysis / Impact on Restoration $ 4,360 Prepare Cost Estimates $ 4,070 Develop Report and Recommendations $ 12,060 Prepare and Present to City & HP Board $ 1,240 (task removed - see additional services( TOTAL HOURS PER PHASE 178 TOTAL FEE PER PHASE $ 21,730 316 TOTAL PROJECT HOURS $ 35,850 TOTAL LUMP SUM FEE 4 REIMBURSABLE EXPENSE ALLOWANCES (Billed at actual cost + 10%J Mold Testing Consultant $ 5,500 Roofing Testing $ 1,650 TOTAL ALLOWANCE 7,150 See attached document for Exhibit "B" CITY'S RESOLUTION No. 20-9809 Page 17 of 17 Sponsored by: City Manager RESOLUTION NO. 20-9809 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING AUTHORIZING THE CITY MANAGER TO ACCEPT THE FEE PROPOSAL OF M.C. HARRY AND ASSOCIATES, INC. TO CONDUCT A CONDITION ASSESSMENT OF HISTORIC CITY HALL AND ENTER INTO AN AGREEMENT FOR SAME, IN AN AMOUNT NOT TO EXCEED FORTY-THREE THOUSAND, THREE HUNDRED FIFTY DOLLARS ($43,350.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka Community Redevelopment Agency ("OCRA") and the City Commission of the City of Opa-Locka ("City Commission") have determined that Historic City Hall ("Facility") is an important example of Moorish architecture as evidenced by its inclusion on the Historic Registry; and WHEREAS, such architecture was sought to be preserved, protected and restored through a Historic City Hall Rehabilitation Project ('Project"); and WHEREAS, during the Rehabilitation Phase II of the Project, the building was reroofed and structural upgrades along with windows, mechanical and electrical work were completed; and WHEREAS, the facility has been unoccupied and abandoned since 2016, however, the majority of the scope of work for Phase II was completed, the top of the tower was never installed; and WHEREAS, as a result, the facility was exposed to bad weather up until such time as a temporary closure could be installed but damage resulted in the finished work of the material already installed; and WHEREAS, the City Commission desires to complete the Historic City Hall Rehabilitation Project; and WHEREAS, Staff recommends that a condition assessment report be conducted to determine how much of the work was completed, how much of the completed work can remain and how much of the unfinished work needs to be completed; and Resolution No. 20-9809 WHEREAS, the City Commission further desires to accept the fee proposal of M.C. Harry and Associates, Inc., the prime Architect and Engineer of record for the Historic City Hall Rehabilitation Project, attached hereto as Exhibit "A", to conduct the condition assessment; and WHEREAS, the Architect and Engineer's recommendations will provide a more accurate cost estimate to finish this project; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with M.C. Harry and Associates, Inc., as attached in Exhibit "B", to conduct a condition assessment of Historic City Hall, in an amount not to exceed Forty -Three Thousand, Three Hundred Fifty Dollars ($43,350.00). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to accept the fee proposal of M.C. Harry and Associates, Inc. to conduct an condition assessment of Historic City Hall and enter into an agreement for same, as attached in Exhibit "B", in an amount not to exceed Forty -Three Thousand, Three Hundred Fifty Dollars ($43,350.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 30th day of September 2020. Matthew A. Pigatt, Mayor 2 Resolution No. 20-9809 ATTEST: oa'1� a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIEN 64/6 Burnadette Norris- eks, P.A. City Attorney Moved by: COMMISSIONER BURKE Seconded by: VICE MAYOR DAVIS VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: ' � —� i. City Manager: John E. Pate CM Signature: L ��ti Commission Meeting Date: 09/30/2020 Item Type: (EnterX in box) Resolution rdinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2na Reading x $43,350.00 Public Hearing: (EnterX In box) Yes No Yes No g X Funding Sn : Account#: (Enter Fund & Dept) Ex: 320-44-541823 Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Area: Enhance Organizational D Bus. & Economic Dev 1j Public Safety ■ Quality of Education D Qual. of Life & City Image ■ Communication D Strategic Plan Obj./Strategy: (list the specific ob)ective/strategy this Item will address) X Sponsor Name City Manager Dnparti ! nt• City Manager Short Title: Condition Assessment, Report, and Recommendation to Finish the Historic City Hall Rehabilitation Project. Staff Summary: A Resolution of the City Commission of the City of Opa-locka, Florida, requesting approval for the City Manager to accept the fee proposal to conduct a condition assessment by MCHarry Associates, which is the prime Architect and Engineer on record for this project. During the Rehabilitation Phase 11, the building was reroofed and structural upgrades along with windows, mechanical and electrical work has been completed. The facility has been unoccupied and abandoned since 2016; and although the majority of the scope for Phase 11 was completed, the top of the tower was never installed. The facility was exposed to bad weather until a temporary closure could be installed, but damage occurred to the finished work and the material already installed. This assessment report will determine how much of the work was completed, how much of the completed work can remain or be replaced, and how much of the unfinished work need to be completed. The Architect and Engineer's recommendation will provide a more accurate cost estimate to finish this project. Financial Impact (FY 20 Budget) Account Description Available Project Remaining Balance 44-541823 Historic City Hall $100,000 $43,350 $56,650 Project costs include $35,850 for MCHarry Associates, $7,150 mold and roof testing and $350 for other reimbursable expense which may arise. Staff recommends approval of this resolution. Attachment 1. Agenda 2. Proposal from MCHarry Associates 3. Contract Agreement between the City and MC Harry & Associates MCHARRYA S c;I,A 1,1 CONSULTANT WORK ORDER PROPOSAL September 11, 2020 City of Opa Locka 780 FISHERMAN STREET, 4TH FLOOR OPA-LOCKA, FL 33054 Att: Aira Austin Re: Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal —Unfinished Project - Conditions Assessment / Report and Recommendations Dear Aira: Here is our fee proposal for assessing how the current Historic Opa-locka City Building halted construction project can be completed by a new general contractor. Grace & Naeem Uddin, Inc were the original contractors for Phase 2A and Phase 2B of the rehabilitation project for the Historic City Hall. Unfortunately, they were unable to complete the project due to a variety of reasons. The building is currently unoccupied and although re -roofing and structural upgrades along with windows and some mechanical and electrical work has been completed, the building did not get the top of the tower installed. This means that the building Is not weather -proofed and water has been getting into the building since 2016. At our site visit to re -acquaint ourselves with the project, we also noted that the new roofing is not performing as should be expected. Due to the length of time that building has been exposed to the elements, we will need to review everything that was installed for all disciplines (architecture, structural, mechanical, electrical and plumbing) to assess how much of the Construction project was a) completed and b) can remain versus replaced or completed. Because of the unknowns, this initial fee is to assess what is there and what we recommend prior to revising any of our drawings. We recommend that testing for any water Intrusion damage (mold and mildew) be performed along with roof core testing as well and potential termite infestation. Building has not be weather tight in 4 years. Once we provide a recommendation report and after acceptance by the city, we will to provide a fee proposal to revise our construction documents, re -permit the project (city and county), re -bid and construction administration along with a construction cost estimate. SCOPE OF WORK The Phase 1 work shall be organized in two (2) tasks, Task 1 Conditions Assessment Task 2 Report & Recommendations Task 1 — Conditions Assessment Site Work MC Harry will conduct a conditions assessment survey of the property. We will inspect & identify damaged areas as well as document existing conditions. Recognition and determination of deteriorated portions of the building that may need to be protected. Recommend measures including structural reinforcement, weatherization, or correction of unsafe conditions. We will provide all services necessary to; 1. Provide an on -site team of architects and engineers to investigate, and obtain detailed information regarding the existing conditions of the building and property including: a. Existing Site Features aU u J s D 1. _ O ll. tri w 0 0 0 0 vi 23 September 11, 2020 Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal — Unfinished Project- Conditions Assessment / Report and Recommendations Page 2 b. Exterior Building walls: Conduct assessment of historic (new work and unfinished work) features to include: Foundations, Exterior Walls and Wood elements, Stucco, (Faux Brick/ Stone), Porches, Railings c. Roofing areas and associated RWL drainage systems - what is the current condition and is it viable to remain or must it be redone. d. Exterior Windows - installation and attachment e. Exterior Doors - installation and attachment f. Exterior features (Minarets, domes, porches, decorative features g. Interior Finishes; Conduct in depth and detailed assessment of historic features to including inspection of Moisture, Fungal and insect infestation. h. Structural Condition of completed work and what may still need to be completed i. Structural conditions of the Tower and special features and steel elements. J. Elevator k. Mechanical and Plumbing Systems I. Electrical Systems. m. Review any construction items on site not installed that belong to the city and may be reused or not. 2. We will arrange for, and retain consultant to provide a new Environmental Assessment for presence of Mold and Air quality and termite. This task will be completed and paid for as a reimbursable expense. See Reimbursable Expense Allowance Below. 3. We will arrange for the specialized services of roofing tests. These direct costs will be presented and invoiced to the City as a reimbursable expense. See Reimbursable Expense Allowance Below. Fee/Compensation: $14, 120 Task 2 — Report & Recommendations Once the conditions assessment Is completed, MCHarry will evaluate all of the data and information obtained, and will prepare a formal Report and Recommendations document. MCHarry will: 1. Provide recommendations of what can remain and what needs to be removed. Provide building code analysis and implications on the completion of project. Original drawings were designed to meet Florida Building Code 2010. On January 1, 2021, a new building code will take effect. Changes in the code will need to be reviewed against original construction drawings scope. 2. Prepare preliminary cost estimates of the completion of the restoration of historic City Hall; 3. Meet with the City to review and discuss the intended recommendations; and cost estimate implications. Deliverables for this Task Formal Report and Recommendations with preliminary cost estimate. Fee/Compensation: $21,730 SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. These are the same sub - consultants for the permitted drawings. . Sub -Consultant Name Specialty or Expertise Bliss & Nyitray, Inc. Structural Engineering September 11, 2020 Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal — Unfinished Project- Conditions Assessment / Report and Recommendations Page 3 SDM Consulting Engineers I, SCHEDULE OF WORK — TIME OF PERFORMANCE MEP Engineering SCHEDULE Task Major Task, Sub -Task, Activity, or Deliverable Duration Delivery Date* (calendar days) 0 Mobilization 15 days NTP + 15 1 Conditions Assessment Site Work 15 days NTP + 30 2 Issue Report & Recommendations 30 days NTP + 60 * An updated schedule, indicating actual delivery dates, based on the above durations, wi I be provided to the City upon receipt of the NTP. II. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Compensation Not to Exceed $43,000. Said compensation includes fees for professional services; direct costs associated with; specialized material testing as outlined above. PROFESSIONAL SERVICES SCHEDULE OF FEES / COMPENSATION. Compensation shall be invoiced to the City monthly in proportion to the tasks completed, such that the following costs per task shall not be exceeded: Task 1 CONDITIONS ASSESSMENT $ 14,120 Task 2 REPORT AND RECOMMENDATIONS $ 21,730 Total Lump Sum Fee for Professional Services: $ 35,850 REIMBURSABLE EXPENSE Reimbursable Expense Aiiowance (Not to Exceed); $ 7,500 Allowance for Reimbursable Expenses: We recommend that this contract provide for an initial allowance of $7,500 for the cost of direct expenses required in connection with the Work, Said Reimbursable Expenses shall be billed at the actual 'COST' incurred with receipts presented plus a markup of 10%. 1. Environment testing Consultant 2. Direct Cost for obtaining roof cores to determine condition of roofing system. 3. Printing of documents provided to the City 4. Regulatory fees, if any 5. Expenses paid on behalf of the City related to this project. Submitted by: Accepted by; Lourdes Solera, FAIR Princial-- Aira Austin, City of Opa-lock CITY Of OPA- LOCKA CITY HISTORIC CITY HALL FEE PROPOSAL -ASSESSMENT & RECOMMENDATIONS - UNFINISHED PROJECT 9/11/2020 MCHarry Associates, Inc. 2780 SW Douglas Road Miami, Florida 33133 305-445-3765 TASK DESCRIPTION LABOR FEE REIMB. COSTS NOTES / REMARKS 1 CONDITIONS ASSESSMENT Site Inspections, identification of damaged areas, documentation of existing conditions and restoration needed. Staff and equipment to site to investigate & assess existing conditions; included limited removal for esting & investigations TOTAL HOURS PER PHASE 138 TOTAL FEE PER PHASE $ 14,120 2 REPORT AND RECOMMENDATIONS Code Analysis / Impact on Restoration $ 4,360 Prepare Cost Estimates $ 4,070 Develop Report and Recommendations $ 12,060 Prepare and Present to City & HP Board $ 1,240 (task removed - see additional services) TOTAL HOURS PER PHASE 178 TOTAL FEE PER PHASE $ 21,730 316 TOTAL PROJECT HOURS $ 35,850 TOTAL LUMP SUM FEE 4 REIMBURSABLE EXPENSE ALLOWANCES [Billed at actual cost + 10%J Mold Testing Consultant $ 5,500 Roofing Testing $ 1,650 TOTAL ALLOWANCE 7,150 CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND MC HARRY AND ASSOCIATES, INC FOR CONDITION ASSESSMENT, REPORT & RECOMMENDATION TO THE HISTORIC CITY HALL BUILDING Page 1 of 17 AGREEMENT THIS IS AN AGREEMENT dated the Day of November, 2020, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," and MC HARRY AND ASSOCIATES A licensed Company, authorized to do business in the State of Florida, hereinafter "CONSULTANT". WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On Seutember 30, 2020, the CITY authorized the proper CITY officials to enter into an agreement with CONSULTANT to render the services more particularly described herein below. ARTICLE 2 SCOPE OF WORK Page 2 of 17 2.1 The CONSULTANT shall furnish all of the materials, equipment, tools, supplies, and labor necessary to perform all of the work described in accordance with Fee Proposal dated September 11, 2020. A copy of the Proposals are attached hereto and specifically made a part of this Agreement as Composite "Exhibit A" and the Resolution package is also attached as Composite "Exhibit B". 2.2 CONSULTANT hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONSULTANT, that CONSULTANT has the professional expertise, experience and manpower to perform the services to be provided by CONSULTANT pursuant to the terms of this Agreement. 2.3 CONSULTANT assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within One (1) Year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONSULTANT, CONSULTANT agrees to re -perform such deficient services without charge to the CITY. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONSULTANT shall commence work to be performed under this Agreement upon full execution of Contract. CONSULTANT shall complete all work in a timely manner substantially by ninety days (90) after full execution of contract date, and final completion will be thirty days (30) after substantial completion date. Should there be any delay m issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONSULTANT. Furthermore, a delay due to an Act of God, fire, lockout, stake or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONSULTANT shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONSULTANT for which liquidated damages are due. 3.3 Consultant's failure to perform the work specified in Exhibit "A" shall result in Consultant being required to pay liquidated damages in the Amount of One Thousand Dollars and Zero Cents ($1,000.00) per day for each unexcused day after the completion date set forth in Section 3.1 above. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONSULTANT for the faithful performance of this Agreement, S43,350.00 for work to be completed in accordance with the "Proposal" submitted by CONSULTANT. Itemized prices for work completed by the CONSULTANT shall be as Page 3 of 17 reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "A", with no change in the price shown. A total contract price hereto is referred to as Contract Sum and shall be Forty Three Thousand Three Hundred Fiiiv Dollars. 4.2 Notwithstanding any other provision of this contract, the CONSULTANT shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) year after final completion certificate and retainage payment, and shall correct within fourteen business days (14) any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONSULTANT except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Consultant to the Owner in the Standard American Institute of Architects' Forms (AIA) G701, G702, and G703, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the Consultant as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Consultant in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Consultant's Applications for Payment. 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as Page 4 of 17 determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Consultant to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and material suitably stored at the site for subsequent incorporation in the completed construction or, if approved in advance by the Owner, material suitably stored off the site at a location agreed upon in writing, less retainage of ten percent (10%). 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 Each Application for Payment submitted by the Consultant to the Owner shall include Partial Release of lien from his company and each subConsultant for labor, equipment, services or materials described in the Application for Payment. 5.4 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and 5.5 Reduction or limitation of retainage, if any, shall be as follows: None ARTICLE 6 FINAL PAYMENT 6.1 Final Payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Consultant when: (a) The Contract has been fully performed by the Consultant upon the Consultant 's Page 5 of 17 fulfilled responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment, and (b) The Consultant bas furnished the City with Final Release of Lien from his own company and from each subConsultant for labor, equipment, services or materials described in the Final Application for Payment, and (c) A final Project Certificate for Payment has been issued by the City upon the Architect/Engineer of records final completion Certificate, and (d) The Consultant has met all provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. ARTICLE 7 CONSULTANT 'S LIABILITY INSURANCE 7.1 The CONSULTANT shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONSULTANT allow any SubConsultant , if applicable, to commence work on a sub- contract until all similar such insurance required of the subConsultant has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as set forth in the Architect/Engineer of Records' Final Completion Certificate and the Certificate of Occupancy (C.O.) as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONSULTANT shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONSULTANT shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 7.5 Consultant's Insurance Coverage shall include General Liability, Automobile Liability, Professional Liability and Worker's Compensation and Employer's Liability: Page 6of17 (a) (b) (c) Workers' Compensation Insurance — as required by law; Employer's Liability Insurance - as required by law; Automobile Liability Insurance — the minimum limit of coverage shall be $1,000,000 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability (d) Personal Injury in the minimum amounts of $1,000.000 for combined Bodily Injury and Property Damage. (e) Professional Liability Insurance: minimum coverage shall be $1,000,000.00 with deductible or self -insured retention (SIR) indicated. 7.6 The CONSULTANT shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures, following discussion and confirmation of the same with the Consultant. ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this Contract, the CONSULTANT shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CONSULTANT 'S INDEMNIFICATION 9.1 The CONSULTANT agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Consultant. The CONSULTANT further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CONSULTANT agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONSULTANT 's negligent acts, errors, or omissions. Page 7 of 17 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT CONSULTANT 10.1 This Agreement does not create an employee employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 11 CONTRACT BOND ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONSULTANT may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: Page 8of17 DATE PROJECT NAME PROJECT COST CHANGES DESCRIPTION ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE ARCHTTECT/ENGINEER OF RECORD'S APPROVAL 12.2 In no event will the CONSULTANT be compensated for, nor will the City request for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONSULTANT in which event the CONSULTANT shall be paid its compensation for services performed to termination date. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT shall become the property of CITY and shall be delivered by CONSULTANT to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONSULTANT and CITY hereby agree that the following Contract Documents, made a part of this Agreement, as if written herein word for word: This Agreement; Proposals as set forth in Exhibit "A" and City's Resolution in Exhibit "B". Page 9of17 ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONSULTANT shall keep the as -built drawings, the shop -drawings, books and records and require any and all subConsultant s to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys, plans, calculations, shop -drawings studies and other data provided in connection with this Agreement are and shall remain the property of City. 15.5 No Contingent Fees: CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, corm mission, percentage, gift or consideration. Page 10 of 17 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONSULTANT and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: John E. Pate, City Manager 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7'h Avenue Fort Lauderdale, FL 33311 COPY TO: Airia Austin, CIP Director 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 CONSULTANT: 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she bas full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of Page 11 of 17 such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami - Dade County, Florida. 15.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 15.13 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 15.16 Equal Opportunity Employment: CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates ofpay or other forms of compensation; and selection for training, including apprenticeships. Page 12 of 17 ARTICLE 16 NOTICE TO PROCEED The CONSULTANT shall commence work within five (5) working days from the date of the Notice to Proceed (NTP) following the issuance of approved permit by jurisdictional authorities, whichever comes earlier. No work shall begin without NTP. Residents must be given at least 48 hour -notice to commence construction at the site. Page 13 of 17 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC John E. Pate City Clerk City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, P.A. City Attorney MC HARRY AND ASSOCIATES, INC ATTEST: Authorized Representative (Name) (Signature) WITNESSES: (Name) (Signature) (Name) (Signature) Page14of17 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of , 2020. NOTARY PUBLIC My Commission Expires: Page 15 of 17 See attached document for Exhibit "A" PROPOSAL: Page 16 of 17 See attached document for Exhibit "B" CITY'S RESOLUTION No, 20 - Page 17 of 17 CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND M.C. HARRY AND ASSOCIATES, INC. FOR CONDITION ASSESSMENT, REPORT, AND RECOMMENDATION TO THE HISTORIC CITY HALL BUILDING Page 1 of 20 AGREEMENT THIS IS AN AGREEMENT, dated the 20th day of April 2021, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," And M.C. HARRY AND ASSOCIATES, INC. A licensed Company, authorized to do business in the State of Florida, hereinafter "CONSULTANT." WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 CITY desires to complete the Historic City Hall Rehabilitation Project on an emergency basis and bypass the procurement code; and further desires to accept the fee proposal of M.C. Harry & Associates, Inc, the prime Architect and Engineer of record for this project, to conduct a condition assessment to the property and supply architectural and engineering Page 2 of 20 recommendations that will provide a more precise cost estimate to finish the project. 1.2 On January 27, 2021, the CITY awarded the CONTRACT and authorized the proper CITY officials to enter into an agreement with CONSULTANT to render the services more particularly described herein below. A copy of the Resolution is attached hereto and made a part hereof as Exhibit "A". ARTICLE 2 SCOPE OF WORK The consultant will provide services in different phases. The requirement of other phases will be determined at the completion of phase 1 consulting services. Agreement for other phases will be develop upon commission approval and acceptance of each subsequent phase and its fee proposals. Scope for Phase 1 Consulting Services: The Phase 1 work shall be organized in two (2) tasks. ➢ Task 1 Conditions Assessment ➢ Task 2 Report & Recommendations Task 1- Conditions Assessment Site Work The consultant will conduct a conditions assessment survey of the property. The consultant will inspect & identify damaged areas as well as document existing conditions. Recognition and determination of deteriorated portions of the building that may need to be protected. Recommend measures including structural reinforcement, weatherization, or correction of unsafe conditions. The consultant will provide all services necessary to. 1. Provide an on -site team of architects, and engineers to investigate, and obtain detailed information regarding the existing conditions of the building and property including: a. Existing Site Features. b. Exterior Building walls: Conduct assessment of historic (new work and unfinished work) features to include: Foundations, Exterior Walls and Wood elements, Stucco, (Faux Brick/ Stone), Porches, Railings. c. Roofing areas and associated RWL drainage systems - what is the current condition and is it viable to remain or must it be redone d. Exterior Windows - installation and attachments e. Exterior Doors - installation and attachments f. Exterior features (Minarets, domes, porches, decorative features) g. Interior Finishes: Conduct in depth and detailed assessment of historic features to including inspection of Moisture, Fungal and insect infestation. h. Structural Condition of completed work and may still need to be Page 3 of 20 completed i. Structural conditions of the Tower and special features and steel elements. j. Elevator k. Mechanical and Plumbing Systems 1. Electrical Systems m. Review any construction items on site not installed that belong to the City and may be refused or not 2. The consultant will arrange for and retain consultant to provide a new Environmental Assessment for presence of mold and air quality and termite. This task will be completed and paid for as a reimbursable expense. See Reimbursable Expense Allowance Below. 3. The consultant will arrange for the specialized services of roofing tests. These direct costs will be presented and invoiced to the City as a reimbursable expense. See Reimbursable Expense Allowance Below. Task 2 — Report & Recommendations Once the conditions assessment is completed, the consultant will evaluate all the data and information obtained and will prepare a formal Report and Recommendations document. The consultant will: 1. Provide recommendations of what can remain and what needs to be removed. Provide building code analysis and implications on the completion of project. Original drawings were designed to meet Florida Building Code 2010. On January 1, 2021, a new building code took effect. Changes in the code will need to be reviewed against original construction drawings scope. 2. Prepare preliminary cost estimates of the completion of the restoration of historic City hall. 3. Meet with the city to review and discuss the intended recommendations and cost estimate implications. Deliverables for this Task Formal Report and Recommendations with preliminary cost estimate. SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. These are the same subconsultants for the permitted drawings. Sub -Consultant Name Specialty or Expertise Bliss & Nyitray, Inc. Structural Engineering SDM Consulting Engineers MEP Engineering Page 4 of 20 ARTICLE 3 TIME FOR COMPLETION 3.1 The CONSULTANT shall commence work to be performed under this Agreement within fifteen (15) calendar days from the Notice to Proceed (NTP) and must complete within One Hundred Eighty (180) calendar days. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONSULTANT. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONSULTANT shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONSULTANT. 3.3 Consultant's failure to perform the work specified in this Agreement may result in cancellation of the agreement with cause. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONSULTANT for the faithful performance of this Agreement, $43.350.00 for work to be completed for phase -1 in accordance with the "Proposal" submitted by CONSULTANT. Work completed by the CONSULTANT shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "B", with no change in the price shown. A total contact price hereto is referred to as Contract Sum and shall be not to exceed Forty -Three Thousand Three Hundred Fifty DOLLARS. The contract price includes fees for professional services, direct costs associated with equipment rentals, specialized material testing, allowance for potential optional services (to be authorized by the city if needed) and shall also include all reimbursable expenses and all allowances. ARTICLE 5 METHOD OF PAYMENTS 5.1 The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. Page 5 of 20 ARTICLE 6 FINAL PAYMENT 6.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Consultant when (1) the Contract has been fully performed by the Consultant except for the Consultant's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment: and (2) a final Project Certificate for Payment has been issued by the Owner and 3) the Consultant has met all provisions of the reporting requirements of grants if the project is funded in whole or in part by grant money; such final payment shall be made by the Owner after the final Project Certificate for Payment be reviewed and approved by the State. ARTICLE 7 CONSULTANT'S LIABILITY INSURANCE 7.1 The CONSULTANT shall secure and maintain throughout the duration of this Agreement and any Project Agreement, insurance of such type and in such amounts necessary to protect its interest and the interest of the CITY against hazards or risks of loss as specified below. The underwriter of such insurance shall be qualified to do business in Florida and have agents upon whom service of process may be made in the State of Florida. The insurance coverage shall be primary insurance with respect to the CITY, its officials, employees, agents and volunteers. Any insurance maintained by the CITY shall be in excess of the CONSULTANT'S insurance and shall not contribute to the CONSULTANT'S insurance. The insurance coverage shall include a minimum of: I. Worker's Compensation and Employer's Liability Insurance: Coverage to apply for all employees for Statutory Limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of $100,000.00 each accident. II. Comprehensive Automobile and Vehicle Liability Insurance: This insurance shall be written in comprehensive form and shall protect the CONSULTANT and the CITY against claims for injuries to members of the public and/or damages to property of others arising from the CONSULTANT'S use of non -owned and hired motor vehicles or any other equipment and shall cover operation with respect to onsite and offsite operations and insurance coverage shall extend to any motor vehicles or other equipment irrespective of whether the same is owned, non - owned, or hired. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Page 6 of 20 Damage Liability. Coverage must be afforded on a form no more restrictive that the latest edition of the Business Automobile Liability Policy, without restrictive endorsement, as filed by the Insurance Services Office. III. Commercial General Liability. This insurance shall be written in comprehensive form and shall protect the CONSULTANT and the CITY against claims arising from injuries to members of the public or damage to property of others arising out of any act or omission to act of the CONSULTANT or any of its agents, employees, or subcontractors. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. (a) Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (1) Premises and/or Operations; (2) Independent contractors and Products and/or completed Operations; (3) Broad Form Property Damage, Personal Injury and a Contractual Liability Endorsement, including any hold harmless and/or indemnification agreement. (b) The CITY is to be specifically included as an Additional Insured for the liability of the CITY resulting from operations performed by or on behalf of CONSULTANT in performance of this or any Project Agreement. CONSULTANT'S insurance, including that applicable to the CITY as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the CITY shall be in excess of and shall not contribute to CONSULTANT'S insurance. CONSULTANT'S insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if separate policies had been issued to each. IV. Professional Liability: The CONSULTANT shall furnish professional liability errors and omissions insurance coverage in an amount not less than $1,000,000.00 with a deductible of $25,000.00 per claim. The CONSULTANT shall be responsible for maintaining this professional liability insurance for a minimum of five (5) years from the date of execution of each Project Agreement. Upon request of the CITY, the CONSULTANT shall make available for inspection copies of any claims filed or made against the policy during the policy term. The Page 7 of 20 CONSULTANT shall additionally notify the CITY, in writing, within thirty (30) calendar days of any claims filed or made against this policy in excess of $100,000.00 during the policy term. V. Certificate of Insurance: Prior to the execution of this Agreement, CONSULTANT shall provide the CITY Manager with evidence of insurability from the Consultant's Insurance Carrier or a Certificate of Insurance. Prior to execution of any Project Agreement, the CONSULTANT shall provide to the CITY Manager, Certificates of Insurance evidencing the required insurance coverages. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this and any Project Agreement and shall state that such insurance is as required by this and any Project Agreement. The CITY reserves the right to require the CONSULTANT to provide a certified copy of such policies, upon written request by the CITY. If a policy is due to expire prior to the completion of the services, renewal Certificates of Insurance or policies shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the CITY before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the CITY Manager. VI. All deductibles or self -insured retentions must be declared to and be approved by the CITY Manager. The CONSULTANT shall be responsible for the payment of any deductible or self -insured retentions in the event of any claim. The CITY Manager may require the CONSULTANT, as a condition of execution of a particular Project Agreement, to provide a bond or other monetary consideration to cover the CONSULTANT'S deductible for Professional Liability Insurance. 7.2 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONSULTANT shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONSULTANT shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 7.3 The CONSULTANT shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to Page 8 of 20 complete this Agreement. 7.4 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 8 CONSULTANT'S INDEMNIFICATION 8.1 The CONSULTANT agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters and with the work being performed by Consultant to the extent caused by CONSULTANT's breach of contract or negligent acts, errors or omissions. The CONSULTANT further agrees not to sue or seek any money or damages from CITY in connection with the above -mentioned matters provided the CITY has not breached its obligations hereunder. 8.2 The CONSULTANT agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONSULTANT's negligent acts, errors, or omissions. 8.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 9 INDEPENDENT CONSULTANT 9.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONSULTANT shall retain Page 9 of 20 sole and absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONSULTANT may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONSULTANT be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION/SUSPENSION For Cause: This Agreement may be terminated by either party for cause, or the CITY for convenience, upon written notice by the CITY to CONSULTANT in which event the CONSULTANT shall be paid its compensation for services performed to termination date. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated (not due to the fault of the CITY), he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT Page 10 of 20 shall become the property of CITY and shall be delivered by CONSULTANT to CITY. 11.2 For Convenience: This Project Agreement may be terminated by the CITY for convenience upon fourteen (14) calendar days' written notice to the CONSULTANT. In the event of termination, the CONSULTANT shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding sub-consultant(s) obligations. The CONSULTANT shall be compensated for all services performed to the satisfaction of the CITY and for reimbursable expenses incurred prior to the date of termination. The CONSULTANT shall promptly submit its invoice for final payment and reimbursement and the invoice shall comply with the provisions of Subsection 5.1 of this Project Agreement. Under no circumstances shall the CITY make any payment to the CONSULTANT for services which have not been performed. 11.3 Assignment upon Termination: Upon termination of this Project Agreement, a copy of all of the CONSULTANT'S work product shall become the property of the CITY and the CONSULTANT shall, within ten (10) working days of receipt of written direction from the CITY, transfer to either the CITY or its authorized designee, a copy of all work product in its possession, including but not limited to designs, specifications, drawings, studies, reports and all other documents and data in the possession of the CONSULTANT pertaining to this Project Agreement. Further, upon the CITY'S request, the CONSULTANT shall assign its rights, title and interest under any subcontractor's agreements to the CITY. 11.4 Suspension for Convenience: The CITY shall have the right at any time to direct the CONSULTANT to suspend its performance, or any designated part thereof, for any reason whatsoever or without reason, for a cumulative period of up to ninety (90) calendar days. If any such suspension is directed by the CITY, the CONSULTANT shall immediately comply with same. In the event the CITY directs a suspension of performance as provided for herein through no fault of the CONSULTANT, the CITY shall pay to the CONSULTANT its reasonable costs, actually incurred and paid, of demobilization and remobilization, as full compensation for any such suspension. 11.5 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. Page 11 of 20 ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONSULTANT and CITY hereby agree that the following exhibits, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; CONSULTANT's proposal as set forth in Exhibit "B"; and Resolution# 21-9836 as set forth in Exhibit "A", or to this Agreement. The consultant will be expected to rectify any omissions and make such changes as deemed appropriate at no additional cost unless otherwise agreed to by the parties in writing. ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Records: CONSULTANT shall keep books and records and require any and all sub -Consultants to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 13.3 Ownership of Documents: Reports, surveys, plans, studies and other data provided in connection with this Agreement or proposed by consultant or any sub -consultant are and shall remain the property of City. Upon reasonable notice same shall be made available to representatives of Miami Dade County. In addition, the Office of Inspector General of Miami -Dade County shall have access thereto for any of the purposes provided in Section 2-1076 of the Code of Miami -Dade County. 13.4 No Contingent Fees: Page 12 of 20 CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 13.5 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONSULTANT and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: John E. Pate, City Manager 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7th Avenue Fort Lauderdale, Florida 33311 CONSULTANT : Lourdes Solera, FAIA, President, Director M.C. Harry and Associates, Inc. 2780 S.W. Douglas Road, Suite 302 Miami, FL 33133 13.6 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. Page 13 of 20 13.7 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.8 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.9 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.10 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 13.11 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.12 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs in addition to any other remedy afforded by law. 13.13 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements, either written or oral. 13.14 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. Page 14 of 20 13.15 Equal Opportunity Employment: CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. 13.16 Compliance with Miami -Dade County Regulations: The parties hereto acknowledge and understand that the funding for this Contract is provided from grant funds provided to the City by Miami Dade County. As a result of said grant funding, the parties must adhere to certain regulations regarding as further documented herein regarding retention of records and funding. 13.17 E -Verify Form Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a. All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b. All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must Page 15 of 20 be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. ARTICLE 14 NOTICE TO PROCEED The Consultant and the engineer shall commence work within fifteen (15) calendar days from the date of the Notice to Proceed (NTP). No work shall begin without NTP. Page 16 of 20 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA TTEST: J , : nna Flores, CMC City Clerk 1 lr APPROVED AS TO FORM: Burnadette Norris-Ieeks, P A. City Attorney M.C. HARRY AND ASSOCIATES, INC. ATTEST: Lourdes Solera, President (Print Name) WITNESSES: (Print Name) (Signature) (Print Name) (Signature) Page 17 of 20 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally app eared > ,,; :_::� ' as ; _ ._: a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this f j day of , 2021. ,1 NOTA LIC/, , \(, My Commission Expires: d `, _ai.,,.—alp =otµ^A►1,,, JACKIE IBINARRIAGA 1 Notary Public • State of Florida „<< c`V Commission # GG 210795 oF.r - My Comm. Expires Jul 28, 2022 . Bonded through National Notary Assn. t -.tar ..v a... v a. Page 18 of 20 Exhibit "A" RESOLUTION NO. 21-9836. Page 19 of 20 Sponsored by: City Manager RESOLUTION NO. 21-9836 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, RESCINDING RESOLUTION 20- 9809; AUTHORIZING THE CITY MANAGER TO ACCEPT THE EMERGENCY FEE PROPOSAL OF M.C. HARRY AND ASSOCIATES, INC. TO CONDUCT A CONDITION ASSESSMENT OF HISTORIC CITY HALL AND ENTER INTO AN AGREEMENT FOR SAME, IN AN AMOUNT NOT TO EXCEED FORTY-THREE THOUSAND, THREE HUNDRED FIFTY DOLLARS ($43,350.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka Community Redevelopment Agency ("OCRA") and the City Commission of the City of Opa-Locka ("City Commisssion") have determined that Historic City Hall ("Facility") is an important example of Moorish architecture as evidenced by its inclusion on the Historic Registry; and WHEREAS, such architecture was sought to be preserved, protected and restored through a Historic City Hall Rehabilitation Project (Project"); and WHEREAS, during the Rehabilitation Phase II of the Project, the building was reroofed and structural upgrades along with windows, mechanical and electrical work were completed; and WHEREAS, the facility has been unoccupied and abandoned since 2016, however, the majority of the scope of work for Phase H was completed, the top of the tower was never installed; and WHEREAS, as a result, the facility was exposed to bad weather up until such time as a temporary closure could be installed but damage resulted in the finished work of the material already installed; and WHEREAS, the City Commission desires accept the City Manager's recommendation to complete the Historic City Hall Rehabilitation Project on an emergency basis and bypass the procurement code; and WHEREAS, Staff recommends that a condition assessment report be conducted to determine how much of the work was completed, how much of the completed work can remain and how much of the unfinished work needs to be completed; and Resolution No. 21-9836 WHEREAS, the City Commission further desires to accept the fee proposal of M.C. Harry and Associates, Inc., the prime Architect and Engineer of record for the Historic City Hall Rehabilitation Project, attached hereto as Exhibit "A", to conduct the condition assessment and rescind the previous Resolution 20-9809, which approves the Project but does not note the emergency nature of the project and legislation; and WHEREAS, the Architect and Engineer's recommendations will provide a more accurate cost estimate to finish this project; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with M.C. Harry and Associates, Inc., as attached in Exhibit "B", to conduct a condition assessment of Historic City Hall, in an amount not to exceed Forty -Three Thousand, Three Hundred Fifty Dollars ($43,350.00). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOYI'LD. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby rescinds Resolution #20-9809 and further authorizes the City Manager to accept the fee proposal of M.C. Harry and Associates, Inc. to conduct an condition assessment of Historic City Hall and enter into an agreement on an emergency basis for same, as attached in Exhibit "B", in an amount not to exceed Forty -Three Thousand, Three Hundred Fifty Dollars ($43,350.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 27th day of January, 2021. Resolution No. 21-9836 Matthew A. Pigatt, Mayor ATTEST: (&).)\--4'‘ Jonna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: I Burnadette No City Attorney Moved by: COMMISSIONER BURKE Seconded by: VICE MAYOR WILLIAMS VOTE: 5-0 Commissioner Burke YES Commissioner Davis YES Commissioner Taylor YES Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: --- —' City Manager. John E. Pate CM Signature: Commission Meeting Date: 01-27-2021 Item Type: (EnterX in box) Resolution din nee Other X Fiscal Impact: (Enter Xin box) Yes No Ordinance Reading: (Enter X In box) int Reading 2nd Reading x $43,350.00 Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account#: (Enter Fund & Dept) Ex: 320-44-541823 Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter Xin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: it Strategic Plan ObJ./Strategy: (list the specific objective/strategy this item will address) X int • iil IN Sponsor Name City Manager Department: City Manager Short Title: Condition Assessment, Report, and Recommendation to Finish the Historic City Hall Rehabilitation Project. Staff Summary: A Resolution of the City Commission of the City of Opa-locka, Florida, rescinding resolution 20-9809; and authorising the City Manager to accept the emergency fee proposal to conduct a condition assessment by MCHarry Associates, which is the prime Architect and Engineer on record for this project. During the Rehabilitation Phase 11, the building was reroofed and structural upgrades along with windows, mechanical and electrical work has been completed. The facility has been unoccupied and abandoned since 2016; and although the majority of the scope for Phase 11 was completed, the top of the tower was never installed. The facility was exposed to bad weather until a temporary closure could be installed, but damage occurred to the finished work and the material already installed. This assessment report will determine how much of the work was completed, how much of the completed work can remain or be replaced, and how much of the unfinished work need to be completed. The Architect and Engineer's recommendation will provide a more accurate cost estimate to finish this project. Financial Impact (FY 20 Budget) Account Description Available Project Remaining Balance 44-541823 Historic City Hall $100,000 $43,350 $56,650 Project costs include $35,850 for MCHarry Associates, $7,150 mold and roof testing and $350 for other reimbursable expense which may arise. Proposed Action: Staff recommends approval of this resolution. Attachment: 1. Agenda 2. Proposal from MCHarry Associates 3. Contract Agreement between the City and MC Harry & Associates 4. Resolution 20-9809 Exhibit "B" CONSULTANT'S PROPOSAL Architectural and Engineering Fee Proposal dated September 11, 2020 of M.C. Harry and Associates, Inc to conduct Condition Assessment, Report, and Recommendation to finish the Historic City Hall Rehabilitation Project for the sum of Thirty -Five Thousand Eight Hundred Fifty Dollars ($35,850.00) for completion of Task 1 & 2 and Seven Thousand Five Hundred Dollars ($7,500.00) for reimbursable Expense Allowance. Page 20 of 20 HARRYASSOCIATES CONSULTANT WORK ORDER PROPOSAL September 11, 2020 City of Opa Locka 780 FISHERMAN STREET, 4TH FLOOR OPA-LOCKA, FL 33054 Att: Aira Austin Re: Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal —Unfinished Project - Conditions Assessment / Report and Recommendations Dear Aira: Here is our fee proposal for assessing how the current Historic Opa-locka City Building halted construction project can be completed by a new general contractor. Grace & Naeem Uddin, Inc were the original contractors for Phase 2A and Phase 2B of the rehabilitation project for the Historic City Hall. Unfortunately, they were unable to complete the project due to a variety of reasons. The building is currently unoccupied and although re -roofing and structural upgrades along with windows and some mechanical and electrical work has been completed, the building did not get the top of the tower installed. This means that the building is not weather -proofed and water has been getting into the building since 2016. At our site visit to re -acquaint ourselves with the project, we also noted that the new roofing is not performing as should be expected, Due to the length of time that building has been exposed to the elements, we will need to review everything that was installed for all disciplines (architecture, structural, mechanical, electrical and plumbing) to assess how much of the Construction project was a) completed and b) can remain versus replaced or completed. Because of the unknowns, this initial fee is to assess what is there and what we recommend prior to revising any of our drawings. We recommend that testing for any water intrusion damage (mold and mildew) be performed along with roof core testing as well and potential termite infestation. Building has not be weather tight in 4 years. Once we provide a recommendation report and after acceptance by the city, we will to provide a fee proposal to revise our construction documents, re -permit the project (city and county), re -bid and construction administration along with a construction cost estimate. SCOPE OF WORK The Phase 1 work shall be organized in two (2) tasks. Task 1 Conditions Assessment Task 2 Report & Recommendations Task 1 — Conditions Assessment Site Work MC Harry will conduct a conditions assessment survey of the property. We will inspect & identify damaged areas as well as document existing conditions. Recognition and determination of deteriorated portions of the building that may need to be protected. Recommend measures including structural reinforcement, weatherization, or correction of unsafe conditions. We will provide all services necessary to; 1. Provide an on -site team of architects and engineers to investigate, and obtain detailed information regarding the existing conditions of the building and property including: a. Existing Site Features ARCHITECTURE. PLANNING. INTERIORS September 11, 2020 Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal — Unfinished Project- Conditions Assessment / Report and Recommendations Page 2 b. Exterior Building walls: Conduct assessment of historic (new work and unfinished work) features to include: Foundations, Exterior Walls and Wood elements, Stucco, (Faux Brick/ Stone), Porches, Railings c. Roofing areas and associated RWL drainage systems - what is the current condition and is it viable to remain or must it be redone. d. Exterior Windows - installation and attachment e. Exterior Doors - installation and attachment f. Exterior features (Minarets, domes, porches, decorative features g. Interior Finishes: Conduct in depth anddetailed assessment of historic features to including inspection of Moisture, Fungal and insect infestation. h. Structural Condition of completed work and what may still need to be completed i. Structural conditions of the Tower and special features and steel elements. j. Elevator k. Mechanical and Plumbing Systems I. Electrical Systems. m. Review any construction items on site not installed that belong to the city and may be reused or not. 2. We will arrange for, and retain consultant to provide a new Environmental Assessment for presence of Mold and Air quality and termite. This task will be completed and paid for as a reimbursable expense. See Reimbursable Expense Allowance Below. 3. We will arrange for the specialized services of roofing tests. These direct costs will be presented and invoiced to the City as a reimbursable expense. See Reimbursable Expense Allowance Below. Fee/Compensation: $14, 120 Task 2 — Report & Recommendations Once the conditions assessment is completed, MCHarry will evaluate all of the data and information obtained, and will prepare a formal Report and Recommendations document. MCHarry will: 1. Provide recommendations of what can remain and what needs to be removed. Provide building code analysis and implications on the completion of project. Original drawings were designed to meet Florida Building Code 2010. On January 1, 2021, a new building code will take effect. Changes in the code will need to be reviewed against original construction drawings scope. 2. Prepare preliminary cost estimates of the completion of the restoration of historic City Hall; 3. Meet with the City to review and discuss the intended recommendations; and cost estimate implications. Deliverables for this Task Formal Report and Recommendations with preliminary cost estimate. Fee/Compensation: $21,730 SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. These are the same sub - consultants for the permitted drawings. . Sub -Consultant Name Bliss & Nyitray, Inc. Specialty or Expertise Structural Engineering September 11, 2020 Rehabilitation of Historic Opa-Locka City Hall Building AE Fee Proposal — Unfinished Project- Conditions Assessment / Report and Recommendations Page 3 SDM Consulting Engineers I. SCHEDULE OF WORK — TIME OF PERFORMANCE MEP Engineering SCHEDULE Task Major Task, Sub -Task, Activity, or Deliverable Duration Delivery Date* (calendar days) 0 Mobilization 15 days NTP + 15 1 Conditions Assessment Site Work 15 days NTP + 30 2 Issue Report & Recommendations 30 days NTP + 60 An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. II. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Compensation Not to Exceed $43,000. Said compensation includes fees for professional services; direct costs associated with; specialized material testing as outlined above. PROFESSIONAL SERVICES SCHEDULE OF FEES / COMPENSATION. Compensation shall be invoiced to the City monthly in proportion to the tasks completed, such that the following costs per task shall not be exceeded: Task 1 CONDITIONS ASSESSMENT $ 14,120 Task 2 REPORT AND RECOMMENDATIONS $ 21,730 Total Lump Sum Fee for Professional Services: $ 35,850 REIMBURSABLE EXPENSE Rwimhi irsahla Expanse Allowance (Not to Exceed): -r—.._ `, 1, enn Allowance for Reimbursable Expenses: We recommend that this contract provide for an initial allowance of $7,500 for the cost of direct expenses required in connection with the Work, Said Reimbursable Expenses shall be billed at the actual `COST' incurred with receipts presented plus a markup of 10%. 1. Environment testing Consultant 2. Direct Cost for obtaining roof cores to determine condition of roofing system. 3. Printing of documents provided to the City 4. Regulatory fees, if any 5. Expenses paid on behalf of the City related to this project. Submitted by: Lourdes Solera, FAIA, PrinciA! Accepted by: Aira Austin, City of Opa-lock CITY OF OPA- LOCKA CITY HISTORIC CITY HALL FEE PROPOSAL - ASSESSMENT & RECOMMENDATIONS - UNFINISHED PROJECT 9/11/2020 016 NI NI VIP MCHarryAssociates, Inc. 2780 SW Douglas Road Miami, Florida 33133 TASK DESCRIPTION LABOR FEE REIMS. COSTS NOTES / REMARKS 1 CONDITIONS ASSESSMENT Site Inspections, identification of damaged areas, documentation of existing conditions and restoration needed. Staff and equipment to site to investigate & assess existing conditions; included limited removal for testing & investigations TOTAL HOURS PER PHASE 138 TOTAL FEE PER PHASE $ 14,120 2 REPORT AND RECOMMENDATIONS Code Analysis / Impact on Restoration $ 4,360 Prepare Cost Estimates $ 4,070 Develop Report and Recommendations $ 12,060 Prepare and Present to City & HP Board $ 1,240 [task removed - see additional services] TOTAL HOURS PER PHASE 178 TOTAL FEE PER PHASE $ 21,730 316 TOTAL PROJECT HOURS $ 35,850 TOTAL LUMP SUM FEE 4 REIMBURSABLE EXPENSE ALLOWANCES [Billed at actual cost + 10%] Mold Testing Consultant $ 5,500 Roofing Testing $ 1,650 TOTAL ALLOWANCE 7,150 CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND M.C. HARRY AND ASSOCIATES, INC. FOR ARCHITECTURAL AND ENGINEERING SERVICES TO COMPLETE THE REHABILITATION PROJECT OF THE HISTORIC OPA-LOCKA CITY HALL Page 1 of 19 AGREEMENT THIS IS AN AGREEMENT, dated the day of 2022, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," And M.C. HARRY AND ASSOCIATES, INC. A licensed Company, authorized to do business in the State of Florida, hereinafter "CONSULTANT." WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 CITY desires to complete the Historic City Hall Rehabilitation Project on an emergency basis and bypass the procurement code; and further desires to accept the fee proposal of M.C. Harry & Associates, Inc, the prime Architect and Engineer of record for this project, to provide architectural and engineering services to complete the rehabilitation of the Historic Opa-locka City Hall. Page 2 of 19 1.2 On May 25, 2022, the CITY awarded the CONTRACT and authorized the proper CITY officials to enter into an agreement with CONSULTANT to render theservices more particularly described herein below. A copy of the Resolution is attached hereto and made a part hereof as Exhibit "A". ARTICLE 2 SCOPE OF WORK The consultant has completed her Phase 1 Consulting Services by providing to the City the Assessment Report of the conditions of the Historic Opa-locka City Hall, and is now proceeding to produce new construction documents to put the project our for BID to finish construction. Scope for Phase 2 New Construction Documents: Based on the Assessment Report that was provided by M.C. Harry and Associates in November 2021, the services will include the following: > Documenting the completed existing scope from original project > Documenting the scope that needs to be replaced (including broken windows, roofing, mechanical, electrical and structural items) > Documenting the scope that is needed to complete the project to meet the city's requests, including updating the landscape and courtyard areas. > Permitting - new set of documents (we are not responsible to close out open permits from past project) > Bidding and Negotiations > Construction Administration SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. These are the same subconsultants for the permitted drawings. Sub -Consultant Name Specialty or Expertise Bliss & Nytray, Inc. Structural Engineering SDM Consulting Engineers Mechanical, Electrical, Plumbing, Fire Protection Page 3of19 ARTICLE 3 TIME FOR COMPLETION 3.1 The CONSULTANT shall commence work to be performed under this Agreement within fifteen (15) calendar days from the Notice to Proceed (NTP) and must complete within One Hundred Eighty (180) calendar days. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONSULTANT. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONSULTANT shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONSULTANT. 3.3 Consultant's failure to perform the work specified in this Agreement may result in cancellation of the agreement with cause. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONSULTANT for the faithful performance of this Agreement, $123.750 for work to be completed with this phase in accordance with the "Proposal" submitted by CONSULTANT. Work completed by the CONSULTANT shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "B", with no change in the price shown. A total contact price hereto is referred to as Contract Sum and shall be not to exceed One Hundred twenty Three Thousand Seven hundred Fifty DOLLARS. The contract price includes fees for professional services, direct costs associated with permitting fees and printing for items submitted to the City, allowance for potential optional services (to be authorized by the city if needed) and shall also include all reimbursable expenses and all allowances. ARTICLE 5 METHOD OF PAYMENTS 5.1 The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. Page 4 of 19 ARTICLE 6 FINAL PAYMENT 6.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Consultant when (1) the Contract has been fully performed by the Consultant except for the Consultant's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment: and (2) a final Project Certificate for Payment has been issued by the Owner and 3) the Consultant has met all provisions of the reporting requirements of grants if the project is funded in whole or in part by grant money; such final payment shall be made by the Owner after the final Project Certificate for Payment be reviewed and approved by the State. ARTICLE 7 CONSULTANT'S LIABILITY INSURANCE 7.1 The CONSULTANT shall secure and maintain throughout the duration of this Agreement and any Project Agreement, insurance of such type and in such amounts necessary to protect its interest and the interest of the CITY against hazards or risks of loss as specified below. The underwriter of such insurance shall be qualified to do business in Florida and have agents upon whom service of process may be made in the State of Florida. The insurance coverage shall be primary insurance with respect to the CITY, its officials, employees, agents and volunteers. Any insurance maintained by the CITY shall be in excess of the CONSULTANT'S insurance and shall not contribute to the CONSULTANT'S insurance. The insurance coverage shall include a minimum of: I. Worker's Compensation and Employer's Liability Insurance: Coverage to apply for all employees for Statutory Limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of $100,000.00 each accident. II. Comprehensive Automobile and Vehicle Liability Insurance: This insurance shall be written in comprehensive form and shall protect the CONSULTANT and the CITY against claims for injuries to members of the public and/or damages to property of others arising from the CONSULTANT'S use of non -owned and hired motor vehicles or any other equipment and shall cover operation with respect to onsite and offsite operations and insurance coverage shall extend to any motor vehicles or other equipment irrespective of whether the same is owned, non - owned, or hired. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Page 5 of 19 Damage Liability. Coverage must be afforded on a form no more restrictive that the latest edition of the Business Automobile Liability Policy, without restrictive endorsement, as filed by the Insurance Services Office. III. Commercial General Liability. This insurance shall be written in comprehensive form and shall protect the CONSULTANT and the CITY against claims arising from injuries to members of the public or damage to property of others arising out of any act or omission to act of the CONSULTANT or any of its agents, employees, or subcontractors. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. (a) Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (1) Premises and/or Operations; (2) Independent contractors and Products and/or completed Operations; (3) Broad Form Property Damage, Personal Injury and a Contractual Liability Endorsement, including any hold harmless and/or indemnification agreement. (b) The CITY is to be specifically included as an Additional Insured for the liability of the CITY resulting from operations performed by or on behalf of CONSULTANT in performance of this or any Project Agreement. CONSULTANT'S insurance, including that applicable to the CITY as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the CITY shall be in excess of and shall not contribute to CONSULTANT'S insurance. CONSULTANT'S insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if separate policies had been issued to each. IV. Professional Liability: The CONSULTANT shall furnish professional liability errors and omissions insurance coverage in an amount not less than $1,000,000.00 with a deductible of $25,000.00 per claim. The CONSULTANT shall be responsible for maintaining this professional liability insurance for a minimum of five (5) years from the date of execution of each Project Agreement. Upon request of the CITY, the CONSULTANT shall make available for inspection copies of any claims filed or made against the policy during the policy term. The Page 6 of 19 CONSULTANT shall additionally notify the CITY, in writing, within thirty (30) calendar days of any claims filed or made against this policy in excess of $100,000.00 during the policy term. V. Certificate of Insurance: Prior to the execution of this Agreement, CONSULTANT shall provide the CITY Manager with evidence of insurability from the Consultant's Insurance Carrier or a Certificate of Insurance. Prior to execution of any Project Agreement, the CONSULTANT shall provide to the CITY Manager, Certificates of Insurance evidencing the required insurance coverages. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this and any Project Agreement and shall state that such insurance is as required by this and any Project Agreement. The CITY reserves the right to require the CONSULTANT to provide a certified copy of such policies, upon written request by the CITY. If a policy is due to expire prior to the completion of the services, renewal Certificates of Insurance or policies shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the CITY before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the CITY Manager. VI. All deductibles or self -insured retentions must be declared to and be approved by the CITY Manager. The CONSULTANT shall be responsible for the payment of any deductible or self -insured retentions in the event of any claim. The CITY Manager may require the CONSULTANT, as a condition of execution of a particular Project Agreement, to provide a bond or other monetary consideration to cover the CONSULTANT'S deductible for Professional Liability Insurance. 7.2 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONSULTANT shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONSULTANT shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect 7.3 The CONSULTANT shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to Page 7 of 19 complete this Agreement. 7.4 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 8 CONSULTANT'S INDEMNIFICATION 8.1 The CONSULTANT agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters and with the work being performed by Consultant to the extent caused by CONSULTANT's breach of contract or negligent acts, errors or omissions. The CONSULTANT further agrees not to sue or seek any money or damages from CITY in connection with the above -mentioned matters provided the CITY has not breached its obligations hereunder. 8.2 The CONSULTANT agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONSULTANT's negligent acts, errors, or omissions. 8.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 9 INDEPENDENT CONSULTANT 9.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONSULTANT shall retain Page 8 of 19 sole and absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONSULTANT may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONSULTANT be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION/SUSPENSION For Cause: This Agreement may be terminated by either party for cause, or the CITY for convenience, upon written notice by the CITY to CONSULTANT in which event the CONSULTANT shall be paid its compensation for services performed to termination date. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated (not due to the fault of the CITY), he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT Page 9 of 19 shall become the property of CITY and shall be delivered by CONSULTANT to CITY. 11.2 For Convenience: This Project Agreement may be terminated by the CITY for convenience upon fourteen (14) calendar days' written notice to the CONSULTANT. In the event of termination, the CONSULTANT shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding sub-consultant(s) obligations. The CONSULTANT shall be compensated for all services performed to the satisfaction of the CITY and for reimbursable expenses incurred prior to the date of termination. The CONSULTANT shall promptly submit its invoice for final payment and reimbursement and the invoice shall comply with the provisions of Subsection 5.1 of this Project Agreement. Under no circumstances shall the CITY make any payment to the CONSULTANT for services which have not been performed. 11.3 Assignment upon Termination: Upon termination of this Project Agreement, a copy of all of the CONSULTANT'S work product shall become the property of the CITY and the CONSULTANT shall, within ten (10) working days of receipt of written direction from the CITY, transfer to either the CITY or its authorized designee, a copy of all work product in its possession, including but not limited to designs, specifications, drawings, studies, reports and all other documents and data in the possession of the CONSULTANT pertaining to this Project Agreement. Further, upon the CITY'S request, the CONSULTANT shall assign its rights, title and interest under any subcontractor's agreements to the CITY. 11.4 Suspension for Convenience: The CITY shall have the right at any time to direct the CONSULTANT to suspend its performance, or any designated part thereof, for any reason whatsoever or without reason, for a cumulative period of up to ninety (90) calendar days. If any such suspension is directed by the CITY, the CONSULTANT shall immediately comply with same. In the event the CITY directs a suspension of performance as provided for herein through no fault of the CONSULTANT, the CITY shall pay to the CONSULTANT its reasonable costs, actually incurred and paid, of demobilization and remobilization, as full compensation for any such suspension. 11.5 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. Page 10 of 19 ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONSULTANT and CITY hereby agree that the following exhibits, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; CONSULTANT's proposal as set forth in Exhibit "B"; and Resolution# 22- as set forth in Exhibit "A", or to this Agreement. The consultant will be expected to rectify any omissions and make such changes as deemed appropriate at no additional cost unless otherwise agreed to by the parties in writing. ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Records: CONSULTANT shall keep books and records and require any and all sub -Consultants to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 13.3 Ownership of Documents: Reports, surveys, plans, studies and other data provided in connection with this Agreement or proposed by consultant or any sub -consultant are and shall remain the property of City. Upon reasonable notice same shall be made available to representatives of Miami Dade County. In addition, the Office of Inspector General of Miami -Dade County shall have access thereto for any of the purposes provided in Section 2-1076 of the Code of Miami -Dade County. 13.4 No Contingent Fees: Page 11 of 19 CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 13.5 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONSULTANT and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: Darvin Williams, Interim City Manager 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7th Avenue Fort Lauderdale, Florida 33311 CONSULTANT : Lourdes Solera, FAIA, President, Director M.C. Harry and Associates, Inc. 2780 S.W. Douglas Road, Suite 302 Miami, FL 33133 13.6 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. Page 12 of 19 13.7 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.8 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.9 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.10 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 13.11 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.12 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs in addition to any other remedy afforded by law. 13.13 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements, either written or oral. 13.14 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. Page 13 of 19 13.15 Equal Opportunity Employment: CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. 13.16 Compliance with Miami -Dade County Regulations: The parties hereto acknowledge and understand that the funding for this Contract is provided from grant funds provided to the City by Miami Dade County. As a result of said grant funding, the parties must adhere to certain regulations regarding as further documented herein regarding retention of records and funding. 13.17 E -Verify Form Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a. All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b. All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must Page 14 of 19 be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. ARTICLE 14 NOTICE TO PROCEED The Consultant and the engineer shall commence work within fifteen (15) calendar days from the date of the Notice to Proceed (NTP). No work shall begin without NTP. Page 15 of 19 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC Darvin Williams City Clerk Interim City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, P.A., City Attorney M.C. HARRY AND ASSOCIATES, INC. ATTEST: Lourdes Solera, President (Signature) (Print Name) WITNESSES: (Print Name) (Signature) (Print Name) (Signature) Page 16 of 19 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _ day of , 2022. NOTARY PUBLIC My Commission Expires: Page 17 of 19 Exhibit "A" RESOLUTION NO. 22 - Page 18 of 19 Exhibit "B" CONSULTANT'S PROPOSAL Architectural and Engineering Fee Proposal dated April 27, 2022 of M.C. Harry and Associates, Inc to produce new construction documents to finish Rehabilitation Project of the Historic Opa-locka City Hall for the sum of One Hundred Twenty Three Thousand Seven Hundred Fifty Dollars ($123,750.00). Page 19 of 19